V231-- TRANSPLANT LODGING
ID: 36C24923R0157Type: Solicitation
AwardedAug 30, 2024
$22.5M$22,487,400
AwardeeARROWHEAD REALTY, LLC FRANKLIN 37064
Award #:36C24924D0073
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the provision of transplant lodging services, specifically requiring a contractor to supply 450 fully furnished hotel/motel suites with kitchenettes for eligible veteran patients undergoing transplant procedures at the Tennessee Valley Healthcare System Medical Center in Nashville, TN. The contract, which spans from February 1, 2024, to January 31, 2025, with options for four additional years, emphasizes the need for accommodations that meet ADA standards, on-call transportation, and comprehensive service provisions including meals, ensuring a supportive environment for veterans during their treatment. Interested small businesses must submit their proposals by December 21, 2023, and can direct inquiries to Contract Specialist Michael Edwards at michael.edwards2@va.gov or by phone at 615-225-5506.

    Point(s) of Contact
    Michael EdwardsContract Specialist
    (615) 225-5506
    michael.edwards2@va.gov
    Files
    Title
    Posted
    The government document outlines a Request for Proposal (RFP) for Patient Transplant Medical Lodging Services, managed by the Department of Veterans Affairs. It requires a contractor to provide 450 fully furnished hotel/motel suites with kitchenettes weekly for eligible veteran patients undergoing transplant procedures at the Tennessee Valley Healthcare System Medical Center in Nashville, TN. The contract spans from February 1, 2024, to January 31, 2025, with optional extensions for four additional years. Detailed specifications include daily room requirements, amenities such as on-call transportation to the medical center, and compliance with ADA standards. The rooms must accommodate special needs, ensuring accessibility and comfort. The contractor must manage reservations, invoicing, and complete maintenance of all facilities while adhering to strict health and safety codes, including air quality standards and pest control. The agreement emphasizes the necessity of emergency accommodations, transportation logistics, and comprehensive service provisions including breakfast for occupants, reinforcing the VA's commitment to supporting transplant patients during their treatment duration. The project illustrates a vital investment in veteran care, integrating logistical and facility management within a structured contractual framework.
    This document serves as an amendment to a pre-solicitation for lodging services related to medical transplant programs managed by the Department of Veterans Affairs (VA). The key points outlined include an extension of the proposal submission deadline to December 14, 2023, and clarification regarding the submission of past performance questionnaires, which can now be included with the proposal. The required accommodations involve a minimum of 450 rooms across possibly multiple locations, with at least four ADA-compliant rooms available daily. Additional detailed questions from potential bidders are addressed, including the necessity of kitchenettes, flexibility in room spacing, and how patient requirements influence room bookings. Importantly, the closing date for submissions was corrected to resolve previous inaccuracies, and the competition is set aside for small businesses. The document emphasizes that adherence to the outlined Project Work Statement (PWS) is paramount in the bidding process. Overall, it reflects the VA's intent to secure appropriate lodging solutions, ensuring that accommodation needs are met for veterans undergoing treatment while maintaining compliance with federal procurement standards.
    The document is an amendment notification regarding a solicitation from the Department of Veterans Affairs, specifically administered by Network Contracting Office 9. The primary purpose of this amendment is to extend the closing date for offers until December 21, 2023, at 9:00 AM CST. The document outlines the necessary procedures for offerors to acknowledge receipt of the amendment, emphasizing the importance of sending acknowledgment before the specified time to avoid rejection of their offers. It mentions that the terms of the original solicitation or contract remain unchanged except for the specified extension. The amendment directs contractors to ensure compliance with administrative changes and includes contact details for the Network Contracting Office. This document contributes to the transparency and efficiency of the government contracting process, ensuring that all potential contractors are aware of changes in deadlines that affect their submissions.
    The document outlines the wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, particularly Wage Determination No. 1996-0321, Revision No. 52, effective as of September 7, 2023. It establishes minimum wage rates for specific job classifications within Kentucky and Tennessee, including wage protection under Executive Orders 14026 and 13658. For contracts awarded after January 30, 2022, workers must be paid at least $16.20 per hour; those awarded before this date are subject to a minimum of $12.15 unless higher local rates apply. The determination includes a detailed list of occupations and corresponding wage rates, fringe benefits, and mandates annual adjustments to the minimum wage. Additional provisions, such as paid sick leave under Executive Order 13706, health and welfare benefits, vacation and holiday pay, and uniform allowances, are also delineated. The document serves as a critical guideline for federal contractors to ensure compliance with labor standards associated with federal contracts, especially impacting RFPs and grants at state and local levels.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring the performance of a contract providing lodging for transplant patients, donors, and caregivers, specifically aimed at ensuring quality care and patient safety. The document details roles and responsibilities of government personnel, including the Contracting Officer (CO) and the Contracting Officer's Representative (COR), who oversee and coordinate the surveillance activities. The performance standards establish desired outcomes for the contractor, including prompt provision of rooms, cleanliness, and timely reporting of incidents, all measured against an Acceptable Quality Level (AQL) of 95%. Various surveillance methods, such as random sampling and customer complaints, are employed to evaluate contractor performance. The QASP serves as a "living document," allowing for ongoing amendments in coordination with the contractor. It emphasizes the contractor's responsibility for quality management while assuring impartial evaluation from government officials. The plan also includes a framework for documenting performance and handling discrepancies, ensuring that corrective action can be taken when necessary. Overall, the document supports the provision of safe and effective lodging services for transplant patients and their caregivers.
    The document outlines the Past Performance Questionnaire for the Tennessee Valley Healthcare System (TVHS), specifically concerning Medical Lodging Transplant Services. The purpose of this questionnaire is to facilitate the assessment of potential contractors based on their past performance history, which will influence proposal evaluations by the NCO 9 Network Contracting Office in Murfreesboro, TN. Offerors are instructed to complete Section A, detailing contractor and project specifics, and distribute it to selected assessors who will evaluate the contractor’s performance in various categories including quality of service, schedule adherence, and business relations. Assessors are required to complete Section B of the questionnaire, using a defined rating scale to evaluate compliance, quality, scheduling, business practices, and overall performance. Feedback and rationales for ratings must be provided. The assessment deadline is November 25, 2023, after which evaluators must send their completed questionnaires directly to the designated email, avoiding communication with the contractor. This structured evaluation tool is critical for ensuring that contractors have a solid track record, ultimately safeguarding the interests of the Department of Veterans Affairs when awarding contracts.
    Similar Opportunities
    G004--VA Long Beach Healthcare System 10-Bed Transitional Housing and Supportive Services Answers to Questions – Amendment 0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a 10-Bed Transitional Housing and Supportive Services program at the VA Long Beach Healthcare System in California. This procurement aims to provide essential housing and support services for homeless veterans, including case management, transportation, and mental health treatment, under the Health Care for Homeless Veterans (HCHV) model. The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a maximum value of $4.6 million over five years, emphasizes compliance with ADA and safety standards, and requires contractors to maintain comprehensive records for veterans. Proposals are due by December 31, 2025, at 11:00 AM Pacific Time, and interested parties should contact Rafael Cervantes at rafael.cervantes@va.gov or 562-766-2295 for further information.
    G004--RESIDENTIAL BEDS (WOMEN)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide emergency residential services for homeless female veterans at the VA Greater Los Angeles Healthcare System (VAGLAHS). The procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for transitional housing, which will accommodate up to 20 women veterans for a minimum of 30 days, with potential extensions based on clinical needs. This initiative is crucial for addressing the housing, mental health, and substance abuse challenges faced by veterans, supporting their transition to permanent housing through a "Housing First" approach. Interested contractors must submit proposals by December 29, 2025, at 3 PM Pacific Time, and can contact Danielle Carroll at Danielle.Carroll4@va.gov for further details regarding the solicitation, which has a total contract value of up to $8 million over five years.
    Q702--Columbia Community Based Outpatient Clinic - Initial Outfitting Transition & Activation (IOTA) Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide Initial Outfitting, Transition, and Activation (IOT&A) services for the new Columbia Community Based Outpatient Clinic (CBOC) in Maury County, TN. The project aims to enhance healthcare services for Veterans by establishing a 45,862-square-foot facility that will offer primary, specialty, and mental health care. The scope of work includes comprehensive project management, interior design, furniture, fixtures, and equipment (FF&E) planning, acquisition support, and post-occupancy services, with the contract expected to be firm-fixed-price and span approximately 35 months. Interested parties should note that the solicitation, numbered 36C77626Q0045, is anticipated to be posted around December 10, 2025, with a closing date of January 22, 2026; inquiries can be directed to John Conschafsky at john.conschafsky@va.gov or Kathleen Klotzbach at kathleen.klotzbach@va.gov.
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    Q402--Q402- Atlanta VAMC Community Nursing Home Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Community Nursing Home (CNH) services in the Atlanta VAMC catchment area, which includes multiple counties in Georgia. The procurement aims to provide comprehensive nursing home care, including medical, nursing, and psychosocial services, to eligible veterans, ensuring that facilities meet the health needs and well-being of VA patients. This opportunity is significant as it supports the VA's commitment to delivering quality care to veterans, with contracts anticipated to range from $750,000 to $3,000,000 over a five-year period. Interested vendors can submit proposals starting June 18, 2024, and should direct inquiries to Contract Specialist William Prenzler or Contracting Officer Laurinda Millage for further information.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.